JAIPUR MUNICIPAL CORPORATION Pandit Deendayal...

70
JAIPUR MUNICIPAL CORPORATION Pandit Deendayal Upadhaya Bhawan, Lal Kothi, Tonk Road, Jaipur-302015 (Raj.) INDIA. SUPPL Y AND DELIVERY OF EXCAVATOR CRAWLER BID DOCUMENT ENikas Soni/bid document of supply of Excavator Crawler

Transcript of JAIPUR MUNICIPAL CORPORATION Pandit Deendayal...

  • JAIPUR MUNICIPAL CORPORATIONPandit Deendayal Upadhaya Bhawan, Lal Kothi, Tonk Road, Jaipur-302015 (Raj.)

    INDIA.

    SUPPL Y AND DELIVERY OF EXCAVATOR CRAWLER

    BID DOCUMENT

    ENikas Soni/bid document of supply of Excavator Crawler

  • .'

    JAIPUR MUNICIPAL CORPORATIONPandit Deendayal Upadhaya Bhawan, Lal Kothi, Tonk Road, Jaipur-302015 (Raj.)

    INDIA.Tel. No. - 0141-5110038

    E-TENDER NOTICE

    S.Particular DetailNo

    1 Name of workSUPPLY AND DELIVERY OFEXCAVATORCRAWLER

    2 Cost of tender document (non-refundable) Rs.500In favor of municipal corporation [aipur, payable at [aipur

    3 Risl processing fee (non-refundable) Rs.500In Favor of Managing Director RISL,payable at Iaipur

    4 Estimated project cost Rs, 60 Lacs5 Earnest money deposit Rs. 1,20,0006 Tender Publication on official web site 07-03-19, OS PM

    httn: / /eoroc.raiasthan.e:ov.in7 Tender download start date 07-03-19, 06 PM8 Pre Bid Meeting 12-03-19, OS PM9 Bid Submission start date 14-03-19, OS PM10 bid submission End date 18-03-19,04 PM11 Technical bid opening date/time 18-03-19, OS PM

    1. Tenders are hereby invited for work SUPPLY AND DELIVERY OF EXCAVATOR CRAWLER2. Tender document can be downloaded from the web site www.eproc.rajasthan.gov.in till

    3. Tenders can be submitted bid through ONLINE only. Tenders in Physical form shall not beaccepted.

    4. All Bidders should submit Tender fee, Processing fee & EMD online to www.jaipurmc.orgbefore last date & time of Bid submission and also scan the receipt and upload towww.eproc.rajasthan.gov.in.

    5. Complete address ofthe tenderer must be given in the tender.6. The tender documents (except BOQ Sheet) must be uploaded.7. The work is to be completed with all satisfaction of the Engineer In-charge within 03

    months from the date of written order for commencement of work.8. The Corporation reserves the right to accept/reject any or all of the tenders without

    assigning any reason whatsoever and its decision will be final.9. InNO case refund of tender fee and processing fee shall be considered.10. The rates quoted by the tenderer will remain in force up to 90 days from the date of tender.11.Unit/rates or specification will be governed by the Item rate.

    Dy.C? (Garage)

    ENikas Soni/bid document of supply Excavator Crawler 2

  • "

    Instructions to Bidders

    Note: - Tenderer should read these conditions carefully and comply strictly whilesending the tenders.

    1. Jaipur Municipal Corporation (JMC) intends to procure Machines/ Equipment forSecondary storage and transportation of Municipal Solid Waste.

    2. Each bidder shall submit only one tender for the supply of equipment and/or vehicles,specifying his capacity to supply all the items within the specified period, in response to thetender notice. Any bidder who submits more than one tender will be disqualified.

    3. Earnest Money Deposit (EMD) & Security Deposit1. Each tender shall be accompanied by EMD mentioned in the tender notice without

    which tenders will not be considered. The Central Government and Government ofRajasthan under takings need not furnish any amount of earnest money.

    11. All Bidders should submit Tender fee, Processing fee & El\.1D online towww.jaipurmc.org before last date & time of Bid submission and also scan thereceipt and upload to www.eproc.rajasthan.gov.in.

    Ill. The EMD of unsuccessful bidder shall he returned soon after final acceptance of tender.IV. The Small scale industry duly registered only by Directorate, Industrial Corporation,

    Rajasthan shall be eligible to avail the relaxation regarding earnest money and securitydeposit as per rules.

    v. The earnest money will be forfeited in the following cases:-a. When the tenderer with draws or modifies the offer after opening of tender but

    before acceptance of tender.b. When tenderer does not execute the agreement in prescribed form within the

    specified time. _c. When the tenderer does not deposit the security money after the approvalof

    tender within specified time.VI. Successful tenderer will have to execute an agreement in the prescribed form within a

    period of 15 days of receipt of order and deposit security equal to 5% of the value of thestores for which tenders are accepted. The Corporation on the EMD/ Security Moneywill pay no interest.

    a. The form of security money shall be as per RTPP rules :-b. The security money shall be refunded after the expiry of the period of Guarantee/

    warrantee or after the expiry of contract on satisfactory completion of the same,whichever is later and after satisfied that there are no dues outstanding againstthe tenderer.

    c. Forfeited of Security money: - Security amount in full or part may be forfeited inthe following cases :- (i) When any terms and conditions of the contract isbreached, (ii) When the tenderer fails to make complete supply satisfactorily,(iii) Notice of reasonable time will be given in case of forfeited of securitydeposit. The decision of the Jaipur Municipal Corporation in this regard shall befinal.

    4- Submission of Tender Documenta. The bidder shall submit the following documents, which shall form part of the tender

    Document. The Jaipur Municipal Corporation would evaluate only those tenders that arereceived from technically qualified tenderers, and in time, in the required format and arecomplete in all respects.i. EMD as per Clause 6 above to the biddersii. Statement of Qualification and other information about the Tenderer in Appendix C.

    b. The tender papers shall be typed or written in indelible ink. Each page shall be initialledby an authorised signatory of the Bidder or an Individual, as applicable, in token ofacceptance of all the terms and conditions of the tenders. The person(s) signing theTender shall also initial all alterations, omissions, additions, or any other amendmentsmade to the tender.

    ErVikas Soni/bid documentof~ ExcaC crn~ 3

  • • r

    c. All taxes & Transportation charges and all incidental charges included in bidding rate,Except GST.

    d. Contractor shall be responsible for all type of taxes, insurance, permit, challen, claims,all party losses etc. Jaipur Nagar Nigam shall not bear any responsibility for any type oftaxes, insurance, permit, challen, claims, any party losses etc.

    5- Tender Due Datea. Corporation may, in exceptional circumstances, and at its sole discretion, extend the

    above Tender Due Date by issuing a Corrigendum.6- Evaluation

    a. As part of the evaluation, the tenders shall be checked for responsiveness with therequirements of the tender document and only those tenders that are found to beresponsive would be further evaluated in accordance with the criteria set out in thisdocument.

    b. A Substantially responsive technical proposal is one that confirms to all the terms,conditions and specifications of the Bidding document with out material deviation,reservation or omission.i. material deviation/ reservation or omission is one that:11. affects in any substantial way, the scope, quality, or performance of the contract, oriii. would affect unfairly the competitive position of other Tenderers presenting

    substantially responsive Tenders.lV. Corporation reserves the right to reject any Tenders, if:v. at any time, a material misrepresentation is made or discovered; orvi. The Tenderer does not respond promptly and diligently to requests for supplemental

    information required for the evaluation of the tender.c. The Tenders that are found to be responsive would be evaluated.d. In case the Tender is found to be inadequate, Corporation may request the Tenderer to

    submit clarifications.e. The Financial Bid of only those Tenderers who meet the Qualification Criteria, would be

    opened.f. The qualified Tenderer offering the lowest bid for the supply of Machines/Equipment

    would be declared as the Preferred Supplier for the same.g. Corporation may either choose to accept the tender of the Preferred Supplier or invite

    him for negotiations.h. In case there are two or more Tenderers quoting the same price, Corporation may in

    such case call all such Tenderers for negotiations and select the Preferred Supplier onthe outcome of the negotiations. The selection in such cases shall be at the solediscretion of Corporation.

    7- Comparision of ratesa. In the event of acceptance of the Preferred Supplier with or without negotiations,

    Corporation shall declare the Preferred Supplier as the Successful Bidder. Corporationwill notify the Successful Bidder through a Letter of Award (LOA) that its Tender hasbeen accepted for the supply of specified no. of Machines/ Equipment to theCorporation.

    b. The contractor shall not assign or sub-let his contract or any substantial part thereof toany other agency.

    c. All articles supplied shall strictly confirm to the specifications, trademark laid down inthe tender form.

    d. Any change in the constitution of the firm, etc. shall be notified forth with by thecontractor in writing to the Corporation and such change shall not relive any formermember of the firm, etc., from any liability under the contract.

    e. No new partner/ partners shall be accepted in the firm by the contractor in respect of thecontract unless he/ they agree to abide by all its terms, conditions and deposit with theCorporation a written agreement to this effect the contractors receipt for

    ElVikas Soni/bid document of supply Excavator Crawler~v- )\_ 4

  • • r_.

    acknowledgement or that of any partners subsequently accepted as above shall bind allof them and will be sufficient discharge for any of the purpose of the contract.

    f. The approved supplier shall be deemed to have carefully examined the conditions,specifications, size, make and drawings etc. of the goods to be supplied.

    8- Delivery period:-a. Extent of quantity: If the orders are placed in excess of the quantities shown in this

    tender form; the tenderer shall be bound to meet the required supply. If the tenderer failsto do so, the Corporation shall be free for the balance supply by limited tender orotherwise and the extra cost incurred shall be recoverable from the tenderer.

    b. If the Corporation does not purchase. any of the tenderer articles or purchases less thanthe quantity indicated in the tender form, the tenderer shall not be entitled to claim anycompensation. The indicated quantities can be increased /decreased.

    c. Liquidated Damages: In case of extension in the delivery period with liquidateddamages the recovery shall be made on the basis of following percentages of value ofstores which the tenderer has failed to supply.

    d. Delay Panelty :- Delay up to one fourth period of the prescribed delivery period2.5%, Delay exceeding one fourth but not exceeding half of the prescribed period _5%, Delay exceeding half but not exceeding three fourth of the prescribed period _7.5%, Delay exceeding three fourth of the prescribed period - 10%.

    e. Fraction of day in reckoning period of delay in supplies shall be eliminated if it is lessthan half a day.

    f. If the supplier requires an extension of time in completion of contractual supply onaccount of occurrence of any hindrance, he shall apply in writing to the authorities forthis same immediately on occurrence of hindrance, but not after the stipulated date ofcompletion of supply.

    g. Delivery period may be extended with or without liquidated damages if the delay in thesupply of goods is on account of hindrances beyond the control of the tenderer.

    9- Delivery location: Delivery shall be given at any of garage of JMC as per instruction.10-Payment Terms

    a. On receipt of machine in JMC (After inspection of TPIA i.e. RITES/SGSIBV /CEILIEILfor the inspection. and JMC)-90% cost of Machine will be realised.

    b. On completion, submission of all documents and successful trial-I 0% payment will bereleased after one year from delivery date.

    11- Insurance & Licence etc.a. The Supplier is responsible for transit and all other insurances of machine and

    equipment till one year from delivery date.b. The registration of vehicles shall be made by Successfull bidder. The manufacturer shall

    be responsible regarding transit insurance till the stores are accepted by JMC.12-Warranty/Guarantee clause

    a. The tenderer would give guarantee that the Machines / Equipments would continue toconfirm to the description and quality as specified for a period of one year from the dateof delivery of the Machines / Equipments to be purchased and that not with standing thefact that the Corporation may have inspect and/or approved the said Machines /Equipments, if during the guarantee/warrantee period (Minimum One year) the saidMachines / Equipments be discovered not to confirm to the description and qualityaforesaid or have determined (and the decision of the JMC in that behalf will be finaland conclusive), the Corporation will be entitled to reject the Machines / Equipments orsuch portion thereof as may be discovered not to confirm to the said description andquality, on such rejection the Machines / Equipments will be at the seller's risk and allthe provision relating to rejection of goods, etc. shall apply. The tenderer shall if socalled upon to do, replace the goods etc. or such portion thereof as is rejection by theCorporation, otherwise the tenderer shall pay such damage as may arise by reason of thebreach of the condition herein contained. Nothing herein contained shall prejudice anyother right of the in that behalf under this contract or otherwise.

    ENikas Sonilbid document of supply Excavator Crawler

    ~ ~ ~

    5

  • ..'

    13- Inspection -a. Du1y authorized representative of JMC shall at all reasonable time have access to the

    suppliers premises and shall have the power at all reasonable time to inspect andexamine the materials and workmanship of the equipment/machineries duringmanufacturing process or afterwards as may be decided.

    b. The tenderer shall furnish complete address of premises of his office, go down andworkshop where inspection can be made together with name and address of the personwho is to be contacted for the purpose.

    c. Inspection of said machines/equipment shall be carried out by lMC team before issue ofwork order.

    d. The inspection of Machines/ Equipments shall be carried out by TPIA i.e.RITES/SGS/BV/CEILIEIL for the inspection. in presence of a team of JMC prior topainting work! before its despatch to JMC. After acceptance ,the machine shall bedespatched to JMC.

    e. The tenderer has to organise the inspection with proper visioning with TPIA i.e.RITES/SGSIBV/CEILIEIL for the inspection.and JMC.

    f. The tenderer has to bear the inspection fees/ expenses of TPIA i.e.RITES/SGSIBV/CEIL/EIL for the inspection.! lMC.

    g. The firm is liable to execute any change / modification if suggested at the time ofinspection for which no extra payment shall be paid.

    14-Rejection -a. Articles not approved during inspection or testing shall be rejected and will have to be

    replaced by the tenderer of his own cost within the time fixed by the lMC.b. If, however, due to exigencies of Government work, such replacement either in whole or

    in part is not considered feasible, the lMC giving an opportunity to the tenderer of beingheard, shall for reasons to be recorded, deduct a suitable amount from the approvedrates. The deduction so made shall be final.

    15-Notwithstanding anything contained in this tender document, Corporation reserves the rightto accept or reject any tender, or to annul the bidding process or reject all tenders, at anytime without any liability or any obligation for such rejection or annulment, withoutassigning any reasons thereof.

    16-The contract for the supply can be repudiated at any time by the Corporation, if the suppliesare not made to his satisfaction after giving an opportunity to the tenderer of being heardand recording the reasons for repudiation.

    17- If any dispute arise out of the contract with regard to the interpretation, meaning and breachof the terms of the contract, the matter shall be referred to by the parties to the Head of theCorporation who will appoint his senior most deputy as the sole arbitrator of the disputewho will not be related to this contract and whose decision shall be final.

    18-All legal proceedings, if necessary arise to institute may be any of the parties (JMC orContractor) shall have to be lodged in courts situated at Jaipur and not elsewhere.

    19-Training of operating personnel: - All personnel designated by the Corporation to beresponsible for the operation and maintenance/repair of the equipment shall be providedwith practical training in the use and routine maintenance of the good at lMC garage. Thesupplier shall provide a training program of the purchaser's personnel immediately after thedelivery of the equipment. The supplier shall submit separately, with his bid documentsdetails of his proposed training program, the facilities required, and the training personnel tobe provided. All costs for the supplier's personnel involved in the training and any incidentalexpenses shall be included in the tendered rate. All costs of provision of training shall beborne by the Bidder. Two personnel w.r.t. one vehicle/ equipment shall be trained.

    20-The tender will provide separate lists and the cost of:a. Fast moving and maintenance spare parts with their corresponding prices along with

    original technical brochures and parts catalogues and,b. all standard and specialized tools and equipment required for maintenance and repairs

    of the supplied equipment along with their corresponding prices.ENikas Soni/bid document of supply Excavator Crawler

    \rv ~ V6

  • ,.'

    c. The lists submitted by the supplier shall be comprehensive and shall include all items,which may reasonably be required for repair and maintenance within a one-year serviceperiod. Such lists shall include the serial number of the recommended item,description, manufacturer's catalogue number, unit price of each item, recommendedquantity, and total price, The estimated cost and time of delivery shall be providedseparately in the tender schedule and this will not be considered in bid evaluation.

    21- Schedule of equipment and technical specifications:a. The bidders shall complete the schedule (s) and technical specifications for the goods

    and equipment to be supplied in their entirety so as to demonstrate their compliance withthe requirements of the bidding documents.

    b. The materials, equipment and services to be supplied under the contract shall be like thatuse of such materials equipment and services shall not infringe or violate any industrialproperty or intellectual property rights or claims of any third party.

    22-Drawings: The bidder will submit drawings of the proposed equipments along with the bid.Successful bidder will be required to submit detailed drawings of all the equipments andwill be got approved by the JMC before fabrication. On desire of JMC, a sample piece hasto be submitted for approval.

    23- Specifications and standards:-a. The supplier shall ensure that the goods and related services comply with the technical

    specifications and other provisions of the contract.b. The supplier shall be entitled to disclaim responsibility for any design, data, drawing,

    specification or other document, or any modification thereof provided or designed by oron behalf or the purchaser, by giving a notice of such disclaimer to the purchaser.

    c. The goods and related services supplied under this contract shall confirm to thestandards of the technical specifications, when no applicable standard is mentioned; thestandards shall be equivalent or superior to the official standard whose application isappropriate to the country of origin of the goods.

    d. Wherever references are made in the contract to codes and standards in accordance withwhich it shall be executed, the edition or the revised version of such codes and standardsshall be those specified in technical Specifications. During contract execution, anychanges in any such codes and standards shall be applied only after approval by theCorporation and shall be treated in accordance with the conditions of contract.

    24-The supplier shall correct any defects covered by the warranty within 03 days of beingnotified by the Purchaser of the occurrence of such defects.

    25-Bidder should submit service/fast moving parts price list along with bid. if at any time (infuture) manufacture company makes any changes (update) in price list, these updated priceswill be applicable.

    26-A proto type certificate has to be produced by the manufacturer so that machine can beregistered with the local transport authority.

    27-A test certificate in confirmation to the specifications of the tender for which testing at siteis not possible has to be produced by the tenderer.

    28-All RTPP Rules and GF&AR will be applicable.

    ENikas Soni/bid document of supply Excavator Crawler 7

  • Technical Specification

    Technical specification of Crawler - Excavator ,Engine - Min. 22 HPOperating mass Approx. 2850 kilogramType of cycle 4 StrokeDisplacement (cc) Approx. 1475Engine horsepower Min. 22 HpStarter type ElectricalBucket capacity to handle material of density Approx. 0.075 cubic meterReach at ground level Approx. 4750 millimeterDepth reach Approx. 3000 millimeterOperating weight Approx. 2850 kilogramdigging depth Approx. 3000 millimeterRated Lift Capacity Approx.750Track overall length Approx. 1850 millimeterground clearance Approx. 250 millimeterType of Steering PowerCrawler track height Approx. 450 millimeterCrawler overall length Approx. 1850 millimeterdig depth Approx.3000 millimeterDump height Approx. 3200 millimeter

    Signature of bidder~

    Dy. ~ner (Garage)

    Nag~JaiPur

    /

    ENikas Soni/bid document of supply Excavator Crawler 8

  • r

    ELIGIBILITY CRITERIA

    1. The tendering Finn/Company should be duly registered with appropriate authority.

    2. The tendering Finn/Company should be duly registered inGST.

    3. The tenderer should be the Manufacturer of the Machines/ Equipment proposed to be

    supplied. They shall submit a valid proof for the same.

    4. The manufacturer should have supplied at least 50% qty. of machine/vehicle/equipment

    mentioned in BOQ (price proposal) to any central govt./state govt/any department.

    5. The tenderer shall furnish at least two certificates of satisfactory performance of

    Machines/ Equipment supplied together with attested copies of purchase orders received

    from those clients.

    6. The bidder shall have an Average annual Turnover equal to 50% of tender estimated cost

    in last three financial year (yr. 2015-16, 2016-17 & 2017-18). For this the bidder shall

    submit a verified certificate from a Chartered Accountant.

    7. The tenderer should provide the details of financial & experience capability based on its

    own individual statements. No form of joint venture, corporation, and association shall be

    considered.

    8. The tenderer should not have been black listed by any civic body.

    9. The Tenderer should provide drawing and fast moving and maintenance spare parts with

    there corresponding prises along with bid.

    10. The tenderer should provide availability of spare parts and consumable for the tendered

    machine for 10years. The declaration to this effect must be submitted in the tender.

    11. The tenderer should provide the periodic service and preventive maintenance plan with

    estimated expenditure for the vehicle/machine/equipment proposed to be supplied for 10

    years.

    12. All Bidders should submit Tender fee, Processing fee & EMD online to

    www.jaipurmc.org before last date & time of Bid submission and also scan the receipt and

    upload to www.eproc.rajasthan.gov.in.

    ~nerGarage

    ENikas Soniibid document of supply Excavator Crawler 9

  • PRICE PROPOSAL SUBMISSION SHEET

    Price schedule for supply and delivery of following items are as under and quality to besupplied noted against each:-

    S. item(as per speciation given in Quantity Unit Price Unit Totalwithout GSTNo tender form) (No's) PriceGST

    SUPPLY AND DELIVERY OF1 02EXCAVATOR CRAWLER

    ~ All taxes & Transportation charges and all incidental charges included in bidding rate,Except GST. Price to be quote without GST and quote GST Separtely in above sheet.

    Name & Signature ofbidder--------------

    ElVikas Soni/bid document of supply Excavator Crawler 10